Loading...
HomeMy WebLinkAbout1990-1002651L-3/3689 NA AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of state law and City ordinances; and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications therefore; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION I. That the following competitive bids for the construction of public works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids: BID NUMBER CONTRACTOR AMOUNT 1121 Sun Commercial Roofing $ 10,700.00 SECTION II. That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, after notifi- cation of the award of the bid. SECTION III. That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein. SECTION IV. That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto. SECTION V. That this ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the e day of , 1990. 6r-. BOB CASTLEBERRY, MAY R ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: APPROVED AS TO LEGAL FORM: DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY BY: PAGE 2 DATE: JULY 17, 1990 CITY COUNCIL REPORT TO: Mayor_ and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID# 1121 - ROOF REPAIR POWER PLANT RECOMMENDATION: We recommend this bid be awarded to the lowest bidder meeting specification, Sun Commercial Roofing, in a total amount of $10,700.00. SUMMARY: This bid is for contracting to reroof a section of the Electric Production Plant located on Spencer Road. BACKGROUND: Tabulation Sheet PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Budgeted funds for Electric Production. FISCAL IMPACT: Account # 610-080-0251-8301. Respectfully submitted: L oyd V. Harrell City Manager Prepared by: Name: Denise Manning Title: Senior Buyer Approved: Name: TorF-1D. Shaw, C.P.M. Title: Purchasing Agent 033.DOC 1— M 1 1 I rn I IMA m II M M. I=I I m I m Im m I I m 1 = I :91 I= = = 4 IZ, I 'MI mi I m I Yy mm w m 1-- W 01 1 I=`1 U) U3 I�= z - ISJ �I, —4 w m IS, fil 45i I I U, w I:V4 1 IT I m ril rn m M- U, IMI lil w I I :xl I I m 11 MI w IM, 'MI � I-M IM, M;I IZ) M; I I 1 Cl I ui 17- 17- I=, FI) G4 I I = M Iw M) I_n Is, Is, I I co r"Nt IMI ul QI 'm m I =j I IM I Ii'l1 frY S+ r1 r,[J "Il �f GI ::] 'yT' ISJ 1 1 :X,I -• I� r*1 Gn x r_= —{ neI = 14 m m xr ""' Cr :Yl 171 I m 1 Rl I I_'aS rn fn '3. M M. rn M. IAY I :1 1 Il) 1 1 i �•O x, ri I M 1 ,Sl 2 rn 1 rl} 1 W. I CP 1 y� y Z1 ,1 1 4:} 1 T} 1 ti I 1'- 1 1 x. 1 1 1 I 1 I >+ I 1 IlJ co IT •• I-'. .- IGSS M W! 4 Jl PSP N 1!a7 15S °W" C9 NSP I I 1 I I l ?I f5} I$Y 6? ISp _I I 1 I IF I I I I rl w 1 I r_J C 1 Z s xr xr .W r.l 1 m 1 i 1 :2% ITl �n In L-1 l J -. I'..[P y(r µ] 1 L1 1 C'J 21 I^sP Gn ! d rSl I :x l -a ICY r�'P f.'H LfP Cil 1 I i I ,iG 151 ISy YS? 1 1 Oil 19 r.9P 15P MI p� 1 I I I I I r=I tr C i m 1 s m 17 .TI rtl V1 ni l,rJ xr v r .Kr rr- w Ir x. P ICY I I LI '-n -{ Im ISP m SP ra ro 1 :xl ml �Y I I m m 6l ISP ISP m 'Mm C5P I I i CONTRACT AGREEMENT STATE OF TEXAS )( COUNTY OF DENTON ) THIS AGREEMENT, made and entered into this 18 day of July A.D., 19 90, by and between The City of Denton of the County of Denton and State of Texas, acting through Lloyd V. Harrell thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and Sun Commercial r Roofin , 2419 Southwell Road Dallas Texas 75229 t of the City of Denton , County of Denton and State of Texas Party of the Second Part, hereinafter termed CONTRACTOR WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First part (OWNER), and under the conditions expressed in the bonds bearing even date herewith, the said Party of the Second Part (CONTRACTOR) hereby agrees with the said Party of the First Part (OWNER) to commence and complete the construction of certain improvements described as follows: Bid#1121 Roof Repair Power Plant, at $10,700.00 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or CA-1 0114s written explanatory matter thereof, and the Specifications therefore, as prepared by ThP rite of nentnn Pnrrhaning Staff , all of which are made a part hereof and collectively evidence and constitute the entire contract. SPECIAL CONDITIONS independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit. City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. Indemnification Contractor shall and does hereby agree to'indemnify and hold harmless the City of Denton from any and all damages, loss, or .liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands. Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and•Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. CA-2 0114s IN WITNESS WHEREOF, the parties of these presents have executed this agreement in!the year and day first above written. .Girl Z?�LI'�C CA-3 Party of`s' - OWN R :y (SEAL) Party of_t tle (SEAL) Second Part, 0114s CITY OF DENTON INSURANCE MINIMUM REQUIREMENTS INSURANCE: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work and/or material has been completed/delivered and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. Satisfactory certificate(s) of insurance shall be filed with the Purchasing Department prior to starting -any construction work or activities to deliver material on this Contract. The certificate(s) shall state that thirty (30) days advance written notice will be given to the Owner before any policy covered thereby is changed or cancelled. The bid number and title of the project should be indicated, and the City of Denton should also be listed on all policies as an additional named insured. To avoid any undue delays, it is worth reiterating that: o Thirty (30) days advance or cancellation shall be o The City of Denton shall all policies. written notice of material change given; be an additional named insured on I. WORKMEN'S COMPENSATION AND EMPLOYER'S LIABILITY. This insurance shall protect the Contractor against all claims under applicable state workmen's compensation laws. The Contractor shall also be protected against claims for injury, disease, or death of employees which, for any reason, may not fall within the provisions of a workmen's compensation law. The liability limits shall not be less than: o Workmen's Compensation - Statutory o Employer's Liability - Statutory II. COMPREHENSIVE AUTOMOBILE LIABILITY. This insurance shall be written in comprehensive form and shall protect the Contractor against all claims for injuries to members of the public and damage to property of others arising from the use of motor vehicles licensed for highway use, whether they are owned, nonowned, or hired. The liability limits shall not be less than: o A combined single limit of $500,000.00 III. COMPREHENSIVE GENERAL LIABILITY. This insurance shall be written in comprehensive form and shall protect the Contractor against all claims arising from injuries to members of the public or damage to property of others arising out of any act or omission of the Contractor or his agents, employees or subcontractors. CI - 1 To the extent direction, may underground ope coverage shall explosion, col] property, the Contractor's work, or work under his require blasting, explosive conditions, or rations, the comprehensive general liability contain no exclusion relative to blasting, apse of buildings, or damage to underground The liability limits shall not be less than: o A combined single limit of $500,000.00 IV. OWNER'S PROTECTIVE LIABILITY INSURANCE POLICY. This insurance shall provide coverage for the Owner and its employees, in the name of the City of Denton, for liability that may be imposed arising out of the work being performed by the Contractor. This also includes liability arising out of the omissions or supervisory acts of the Owner. Although this insurance is strictly for the benefit of the Owner, the Contractor is responsible for obtaining it at his expense. The liability limits shall not be less than: o A combined single limit of $5000000.00 INSURANCE SUMMARY: The Contract 'shall provide insurance to cover operating hazards during the period of placing the facility in operation and during testing, and until such time as the facilities ar.e completed and accepted for operation by the Owner and written notice of that fact has been issued by the Owner. Approval of the insurance by the Owner shall not in any way relieve or decrease the liability of the Contractor hereunder. It is expressly understood that the Owner does not in any way represent that the specified limits of liability or coverage or policy forms are sufficient or adequate to protect the interest or liabilities of the Contractor. Again, the Owner shall be given a certificate of insurance indicating that all of the above policies and the appropriate limits are indeed enforced. The certificate shall also indicate that the Owner will be given at least thirty (30) days written notice of cancellation, non -renewal, or material change of the required insurance coverage. All responsibility for payment of any sums resulting from any deductible provisions, corridor or self -insured retention conditions of the policy or policies shall remain with the Contractor. The Contractor shall not begin any work until the Owner has reviewed and approved the insurance certificates and so notified the Contractor directly in writing. Any notice to proceed that is issued shall be subject to such approval by the Owner. CI - 2 CERTIFICATE OF INSURANCE CITY OF DENTON Name and Address of Agency City of Denton Reference: Project Name: Project No: Project Location: Phone Managing Dept: Name and Address of Insured: ------------ ----------------------------------- Companies Affording Coverage: A B C Phone This is to certify that: 1) Policies of insurance listed below have been issued and are in force at this time. 2) The City of Denton is listed as an additional insured as to all applicable coverage. Expiration Limits of Liability Company Letter Type of Insurance Policy Number Date In Thousands 000 Comprehensive General Liability Occurrence - Occurrence - Claims Made (see 94-Page CI-4) Bodily Injury $ Broad Form to Include: Property Damage $ - Premises/Operations - Independent Contractors - Products/Completed Operations Bodily injury and Property $ - Personal injury Damage Combined - Contractual Liability(see 93-Page CI-4) - Explosion and Collapse Hazard - Underground Hazard - Liquor Liability Coverage - Fire Legal Liability (see #5-Page CI-4) - Broad Form Property Damage --- — _ - - Professional Errors/Omissions - occurrence - claims made (see #4-Page CI-4) Comprehensive Automobile Bodily Injury/Person Bodily Injury/Accident Liability - Owned/Leased Owned/Leased Automobiles Property Damage- — --- $ - Non -awned Automobiles - Hired Automobiles Bodily Injury/Property i Damage Combined - Workers' Compensation and Statutory Mount ; Employers' Liability each -accident - Owners' Protective Liability _ Other Insurance Description of Operations/Locations/Vehicles. thirty (30) days notice of cancellation, non -renewal, or material change in coverage. Each policy shall require (See #2, Page CI-4). Name and address of Certificate Holder. CITY OF DENTON, TEXAS PURCHASING AGENT 901-B TEXAS ST. DENTON, TEXAS 76201 AUTHORIZED REPRESENTATIVE SEE DEFINITIONS ON PAGE CI-4 ATTACHED. 00451 CI - 3 DEFINITIONS 1. ADDITIONAL INSURED: The City of Denton, its elected and appointed officials, officers and employees. (This does not apply to Worker's Compensation.) 2. NOTICE OF CANCELLATION: Each policy shall require that thirty (30) days prior to the cancellation, non -renewal, or any material change in coverage, a notice thereof shall be given to owner by certified mail. If the policy is cancelled for non-payment of premium only ten (10) days written notice to owner is required. 3. CONTRACTURAL COVERAGE: (Liability assumed by contract or agreement, and would not otherwise exist.) The contractual liability requirement shown on the reverse side of this Certificate of Insurance under Comprehensive General Liability, must include a definition of coverage broad enough to provide coverage for obligations assumed by the contractor'in the referenced contract. This Certificate of Insurance is provided as required by the governing contract. 4. CLAIMS MADE POLICY FORM: Required period of. coverage will be determined by the following formula: Continuous coverage for the life of the contract, plus one year (to provide coverage for the warranty period), and a extended discovery period for a minimum of five (5) years which shall begin at the end of the warranty period. 5. FIRE LEGAL LIABILITY: (Required in all contracts that involve the occupancy, construction or alteration of City -owned or leased facilities.) Insurance is to cover buildings, contents (where applicable) and permanently installed equipment with respect to property damage to structures or portions of structures if such damage is caused by the peril of fire and due to the operations of the contractor. Limit of liability is to be a minimum of $500,000. 6. OWNER: The term owner shall include all authorities, boards, bureaus, commissions, divisions, departments, and offices of the owners, and individual members, employees, and agents thereof in their official capacities, and/or while acting on behalf of the owner. CI - 4 PROJECT:' #31061290 • PAGE: 1 OF 4 + BIDI 1121 REROOFING ATi DENTON-ELECTRIC'�_PRODOCTIONi PLANT CITY- OF-DENTON DENTON, TEXAS "Sun C"ommercial Roofs „Inc NAM& OF BIDDER Y ' 19 9 0 ` , DATE. Y. MS. DENISE'MANNING CITY'OF-DENTON-.` 90 1-W, TEXAS' STREET:r DENTON, TEXAS F6201 17 r L 4. Dea re Msa°"Manning The undera igned,inccompliancera►ith your advertisement for Bide foreReroofing on certain areas,: of. the,fol1o�ring�buiYding DENTON.ELCTRIC•PRODUCTIONq. ,:PLANT,_1701 SPENCER, ROAD CITY"OF,''DENTON .DENTOIi,,.TEXA3,, have examined,,the,Drawings and' Specifications,,.together'aith'tha related. documents:and-a IIV:dond'it,one..surrounding the -.work',: and having. vi"sited,the sites^of the, proposed�work,-,hereby,::proposes to-.furnish-all,,work in. every- detail'in; aceordanee::rith tha>Contract•:Doeaments: vi'thl-the-time: set: forth:.. herein: and at`,the prices stated bel'dw , . These. prices- shall;cover all: expenses. incurred i'n:performing=,:the'work under'the ContracG'Documents,. of- which. the Proposal is a part .. y t: r kc f� tS � i.-4�n%bl.. ♦ n � - � c , Attaehed tiere�rith�,i pleaarfind ,.�fCasMsr�s Check)r(Cestified� Chock) # '4• ,:'.�, t (Bid,Bond) in ths<amount:`of¢�� >"535 JO �zt { V 3 pY Ffivezpercent (5z7 of tho<bid. K; ef,r x i �} �.n -,�- ' b� ., I `(or ae) acknoviedlipre_ceipttof ,the�follo�eing addenda Z � � l+�Xv .�t7 N t«�5rz . i� ♦_t 1 .. P . (• 1 nn / i+. -. { 4 ` it 4 A "_ ADDENDA ADDENDA #2. -(Initial). r ADDENDA.f3.- (Initial) " r t jbty rUi, . 4 } x . Diu i PROJECT'#31061290 PAGE:2 OF' 4:= w- „> BID' 1121:REROOFING '-AT DENTON;ELECTRIC PRODUCTION;PLANT: CITY OF DENTON DENTON',, TEXAS CONTRACT: DOCUMENTS Having examined -the Proposal,,.'General Instructions, `., Materi'al's, Execution, Drevinga,"""and='Contract. for�Projects:$31061290;and Conditions for Reroofing`-cork„andthaving:examiried. the premises and circumstances affecting.the work, the undersigned offer y OFFER.: 1 To -;furnish all>`2abor,tmaterial,`tools equipment ;,`Eransp'ortati`an,' bonds;, all: applicable• taxes;:, incidentals„ andt other. facilities,_ and'- to-- perform all:. work' -for the. sai& Reroofing for' the.following-,•facility.: BASE BID - ROOF AREA D i $17,,700 y t f K 4r n 1 ' UNIT PRICE.";:.,;.. , 14;-'Remove and replace. deteriorated Hailers $ per;Ylinear foot 2: Inseal'l 5-inch Joaam, Roc€; Drain $ 1000'• each.. Additi'onaf'cost over• and".,above'-thee„contract:amount'forr:weekend':or:overtime' requested by the, Owner $:4 00s per man per hour ..: -,.r "- �.' r .• - QUALIFICATIONS.: 2.:•Contractor. shall'fill in.bslow:material manufacturer's,. ' PROJECT Q31061290 PAGE 3 OF 4' . BID 1121- REROOFING. AT: DENTON' ELECTRIC PRODUCTION PLANT CITY. OF.- DENTON: DENTON,. TEXAS: . IIpon receipt of:: notice' of acceptance of. this bid,; within: thirty: (30)' days of: the - date of thi"& prop'oeal';, I=.,(or we)`:agree:,to execute the_; formal, contract within. ten days?thereafter ,• and to-deliver"a SURETY BONDin:, the, amount of:ONE.HUNDRED,' PERCENT..(100%)�-of' thb,'.contract;tprice ,for sh'. faithful performance; of, the:contract,, and, a ONE, HUNDRED PERCENT.(100R),STATUTORY PAYMENT: BOND Theid-`agreea,rto comp Pete undersigne-all: work shown ozu thw drawings: and in the: speci'fications:withim the time: li'mits,set:forth below subject to additional days that. may -.be: added 'duer-.to inclement weather,.andlor other justifiedand: reasonable extensions:or:time.as:may,-ba,approved-by-the Owner. Contractors that- are awarded':contracts: shall -.be• prepared'' to immediately sit. down. with: City OE -Denton 'Represent atives:and'present. a• plan thg.t.will illustrate, how progression of,-work-is-to;take•:, place' to insure completion'_9f`.all work -.within specified:-time;+limits '.The time limits are: as follows:, Ifi`a contractor .is awarded the pro7ect;;'pro3ect must'tie n completed withififteen (1'5)' caiendar. days.or contractor. will; be subject. to, penalty -as seC.forth in the specifications r 'hz THE OFFICIAL. WEATHER:RECORD`WILL BE,'IKEPT_INITRE.CITY OF.'DENTON'DIRECTOR! OF MAINTENANCE'& OFFICE The undersigned,agreea that. the --owner,: may retain the sum of THREE HUNDRED`DOLLARS ($300'.00)•'•from,the-. 'amount ,to;beipaid'tod�the `undersigne& for each{calendar day -that the.work;contemplated remains, incompleta+ beyond: the .time. set forth„ Sundays: and' Holidaym.INCLUDEff Thi's�amount,is.agreed-"upon;aaSthe,proper measure of liquidated' -damages which the: owner, will'. sustains,per: day.`by'tfailurei of., -the -,'undersigned tot complete: the work at, the stipulated time, and s not to be construed in. any,sense as.a:penalty - t s < `xF s. o� ?.,t ,`.b `ie+ �• is-<! r.. y. -ak -t' Yn { s s ,A � .. by .� �*.y x k.+r2'xS '3` r.5ji, w ��. vz 3;ir� e"i.f3.i .4: }k� �atif bLLl fb4 , "'f r , ;. �,.. { r.$��t.3'•.. a z �.. ., n r #<a .� "a, t v wrt L x +r t t 1 h � � ; •^off t Hl .yr� � 6Y { ^. � s.n E r 3 , " i s1 •r. i r' -?�° � °�s•^�' �{ t'-'•HMV 1 r C xt i �i x r � r x i -. ay4 t5 t�°wts�'..°�¢tgcf��r�iri �-§s �`+€i ��-•r^+4t �� q ? �.y' i�it<+'' }"� q*}t -1��? L'Y�y...£ � ,r _Y ,Fl.,s3 J l '�ti t2 k 6 K �, ✓ y-e-•h e t, g y.� S�rj -y -s Ar iy n. e 7 PROJECT #31061296, r PAGE 4 OF 4'.' BID; 11:21 REROOFING AT.:'DENTON' ELECTRIC- PRODUCTION PLANT: CITY OF'DENTON , DENTON,,.TEXAS I .(or wa)..,'agree"_fo piiisiptly ,furnish a=correct and dicate partn„�urrent::financial:.'statement of. coddition.vrith list of"ovnad equipment -and ea:`experience<;eeordrof.:completed- projectsttfor examination by orner aad architect, if same is required �'RESPE Y�SUBMITTE SEAL (If by Corporation)r',px D BY. -• r z -,n sx� Fzj, r 1 Y.` 3 � ores".i denf t � F� utfiweTls Road aw ,�. > Jr +s� ♦„Y-j _s£�' f " �ppj(Eg _ - I.as ,z TeX is< 75229xIs - Inif ( )Partnership 1 ( )Corporation ) Sole vm Oert If`a ership,"list names»and addresses of.partnara':< r e Y' x ,xr �i_ If.rror oration, °iadicatehetata in which corporation vas organized and is exi"sting;. e as. Principal 3todcholdera(Name aad Addreaa) Steve, L Wetis{ter 2419 Southwel'11 Road; Oal las, TExas 7522,9 } - 4 h% ..`.1...g't�+:.,.x'�{,'`2,a{+±.dP .,a. .,.., ... a a ri �� lix., �<f, g5 ':,45'� E A�.e tS .•," =:_ �ta,� t t j.:.F _f: t• � c.t .�+�.. ., r.RrsYt. �'_ .,iaEr. �i�,.. ).a l��'S.,C .._a,,,: '� ...«L-,-�-i.s .r _.•.._ ..._- �. _... r e...�.. ...e ...n .. ... . PRODUCER Al Boenker Insurance Ins Hwy 6016 Jacksboro THIS CERTIFICATE Ef I$SU!D AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DONE NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. r Fort Worth, Tx 76135 COMPANIES AFFORDING COVERAGE • WANY A COMPANY LETTER INSURED Steve Webster 2419 Southwell COMPANY C Dallas, Tx 75229 CEOMMPPA Y p COMPANY LETTER • THIS 18 TO CERTIFY THAT POLICIES OF INSURANCE LOTTED BELOW HAVE BEEN IBSUECTO THE INSURED NAMED ABOVE FOR THE POLICY PERIOOINDICATED; NOTWITHSTANDING ANY RCOUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUBO OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE. POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONOF I TIONS OF SUCH POLICIES. CO LTR TYPE OF INSURANCE POLICY NUMBER DATE EFFECTIVE DATE DdMi06'TYI POLICY MIDDy ) DATE (MVATMYI LIABILITY LIMIT$ IN THOUSANDS •; e.,;, - :.U�QNCE AGGREGATE GENERAL LIABILITY COMPREHENSIVE FORM INNJJURv $ $ PROPERTY DAMAGE $ $ PREMISESIOPERATIONS UNDERGROUND EXPLOSION S COLLAPSE HAZARD PRODUCTBICOMPLETED OPERATIONS CONTRACTUAL INDEPENDENT CONTRACTORS COMBINED $ $ BROAD FORM PROPERTY DAMAGE PERSONA INJURY - PERSONAL INJURY $ AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS (PRIV. PASS.) AL OWNED AUTOS � RPPSS. J HIRED AUTOS NDN-0OWNED AUTOS � BmY�q NMIT NEAPE" Wxy KLqy JPEA ,�Frrtl $ $ o- 't DAMA06TY $ GARAGE LIABILITY Ba22 911 -23-90 7-23-91 q 'J DI a FD COMBINED $ 500 EXCESS LIABILITY i UMBRELLA FORM OTHER THAN UMBRELLA AM IN & PO NeD $ $ WORXBRS' COMPENSATION STATUTORY s' fX�. d1'yx;yL $ (EACH ACCIDENT) AND EMPLOYERS' LIABILITY $ (OISEASEJgIICY LIMIT) $ (DISEASE -EACH EMPLOYEE) OTHER l ' DESCRIPTION OF OPERATIONS&OCATIONSNEHICLEWSPECIAL ITEMS y.CERTIFICATE HOLDER L City of Denton s Munici al B 'ldi SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE !X. PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO p ui ng MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE Denton Tx 76201 LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY F n• wv vum unn..e... ......,,..�.. — —.... -- __.'_